INSIDE THE

NEWS + ADVICE

DoD Contracts: SAIC, Calibre Systems, Lockheed Martin, Chenega Agile Real-Time Solutions, Week of 1-16-24 to 1-19-24

Posted by Ashley Jones
aircraft

1/16

ARMY

Intrepid LLC,* Huntsville, Alabama, was awarded a $534,439,851 cost-plus-fixed-fee contract for programmatic and technical support in the areas of program operations, systems engineering, systems test, systems software engineering and systems logistics. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of July 16, 2029. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity (W9113M-24-F-0006). 

Science Applications International Corp., Reston, Virginia, was awarded an $18,985,464 modification (P00040) to contract W91QVN-20-F-0157 for information technology support services. Work will be performed in South Korea, with an estimated completion date of Jan. 31, 2025. Fiscal 2024 operations and maintenance, Army funds in the amount of $9,786,732 were obligated at the time of the award. 411th Contracting Support Brigade, Seoul, South Korea, is the contracting activity. (Awarded Jan. 15, 2024) 

AIR FORCE

SRC Inc., Syracuse, New York, has been awarded a $400,000,000 indefinite-delivery/indefinite-quantity contract for Sensor Beam 24. This contract provides engineering services for a wholly self-contained, end-to-end U.S. Electromagnetic systems and combat support database intelligence mission data production process using various tools including relational database management systems. Support includes research, analysis, technical documentation and review of electromagnetic systems, events, and signatures development in support of the 57th Intelligence Squadron. Work will be performed in San Antonio, Texas, and is expected to be completed by Jan. 31, 2034. This contract was a competitive acquisition, and one offer was received. Fiscal 2024 operation and maintenance funds in the amount of $3,000 are being obligated at time of award. The Air Combat Command Acquisition Management and Integration Center, Detachment 2, Joint Base San Antonio-Lackland, Texas, is the contracting activity. (FA7037-24-D-0001).

General Dynamics Mission Systems, Dedham, Massachusetts, has been awarded an $8,056,241 cost-plus-fixed-fee and cost-reimbursable contract for Baseband Interface Group (BIG) and BIG-Airborne Interim contractor support. This contract provides for the procurement of interim contractor support, special studies, material, and software patch releases.  Work will be performed in Dedham, Massachusetts, and is expected to be completed by June 30, 2027.  This contract was a sole source acquisition.  Fiscal 2023 Space Force research, development, test and evaluation funds in the amount of $913,598; and fiscal 2024 Space Force research, development, test and evaluation funds in the amount of $50,700, are being obligated at time of the award. The Air Force Nuclear Weapons Center, Hanscom Air Force Base, Massachusetts, is the contracting activity (FA2293-24-C-B0001).

NAVY

Raytheon Co., Tucson, Arizona, is awarded a not-to-exceed $9,336,000 modification (P00001) to a firm-fixed-price order (N0001924F0171) against a previously issued basic ordering agreement (N0001920G0007). This modification adds scope to provide non-recurring tooling and equipment, to include associated labor in support of increasing production and recertification capacity of the Tactical Tomahawk for the Navy. Work will be performed in Tucson, Arizona and is expected to be completed in July 2026. Fiscal 2024 weapons procurement (Navy) funds in the amount of $2,331,383 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Lockheed Martin Corp., Orlando, Florida, is awarded $9,000,000 for a not-to-exceed, undefinitized contract action delivery order (N00383-24-F-A500), under previously awarded contract (N00383-23-G-A501), for the procurement of 22 turret assemblies in support of the H-1 aircraft. All work will be performed in Orlando, Florida. Work is expected to be completed by January 2025. Annual working capital funds (Navy) in the amount of $4,410,000 will be obligated at the time of award. Funds will not expire at the end of the current fiscal year. One company was solicited for this sole-source requirement pursuant to the authority set forth in 10 U.S. Code 2304 (c)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity.

DEFENSE LOGISTICS AGENCY

UPDATE: Alliant Enterprises LLC,* Grand Rapids, Michigan (SPE2DH-24-D-0003, $49,000,000), has been added as an awardee to the multiple award contract for medical equipment and accessories for the Defense Logistics Agency Electronic Catalog, issued against solicitation SPE2DH-16-R0002 and awarded Oct. 6, 2016. 

*Small Business

1/17

NAVY

The Boeing Co., Seattle, Washington, is awarded a $102,729,951 cost-plus-fixed-fee modification (P00015) to an order (N0001920F0647) against a previously issued basic ordering agreement (N0001916G0001). This modification exercises options for the production and delivery of ten P-8A increment three retrofit A-kits and provides for three retrofit kit A-kit installs, in support of anti-submarine warfare capabilities upgrades for the Navy. Work will be performed in Jacksonville, Florida (79.6%); St. Louis, Missouri (10.9%); and Mesa, Arizona (9.5%), and is expected to be completed in November 2026. Fiscal 2024 aircraft procurement (Navy) funds in the amount of $102,729,951 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

ARMY

Calibre Systems Inc., Alexandria, Virginia, was awarded a $14,795,239 firm-fixed-price contract to support models and database tools used to cost Army organization structure and capabilities. Bids were solicited via the internet with one received. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 19, 2029. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W91CRB-24-D-0013).

Odin Environmental Solutions LLC, Roseville, California, was awarded a $9,137,320 firm-fixed-price contract for design-bid-build construction services. Bids were solicited via the internet with three received. Work will be performed in Pleasant Grove, California, with an estimated completion date of March 26, 2025. Fiscal 2022 civil construction funds in the amount of $9,137,320 were obligated at the time of the award. U.S. Army Corps of Engineers, Sacramento, California, is the contracting activity (W91238-24-C-0007).

DEFENSE LOGISTICS AGENCY

Meke Corp.,* East Earl, Pennsylvania, has been awarded a maximum $9,889,230 fixed-price, indefinite-delivery/indefinite-quantity contract for flame resistant flight deck jerseys. This was a competitive acquisition with three responses received. This is a four-year contract with no option periods. The ordering period end date is Jan. 17, 2028. Using military service is Navy. Type of appropriation is fiscal 2024 through 2028 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE1C1-22-D-0022).

*Small Business

1/18

AIR FORCE

National Aerospace Solutions LLC, Arnold Air Force Base, Tennessee, was awarded a $249,752,828 modification (P00233) to previously awarded FA9101-15-C-0500 for test operations and sustainment. This modification provides for test operations, technology development, equipment and facility sustainment, capital improvements and some support services for Arnold Engineering Development Complex. The modification brings the total cumulative face value of the contract to $2,511,306,706. Work will be performed at Arnold AFB, Tennessee, and is expected to be completed by June 30, 2024. No funds are being obligated at time of award. The Air Force Test Center, Arnold AFB, Tennessee is the contracting activity.

Lockheed Martin Rotary and Mission Systems, Liverpool, New York, was awarded a $65,105,306 modification (P00025) to previously awarded FA8730-21-C-0022 to for exercise of options for three, Three-Dimensional Expeditionary Long-Range Radar systems, and associated Production Management, travel and other direct costs, and data under the basic contract. The modification brings the total cumulative face value of the contract to $260,615,282. The location of performance is Liverpool, New York, and is expected to be completed by Jan. 31, 2026. Fiscal  2024 other procurement funds in the amount of $65,055,306 are being obligated at time of award. The Air Force Life Cycle Management Center, Hanscom Air Force Base, Massachusetts, is the contracting activity.

DEFENSE LOGISTICS AGENCY

Lovell Government Services Inc., Pensacola, Florida, has been awarded a maximum $48,255,974 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for medical and surgical supplies and equipment. This was a competitive acquisition with eight offers received. This is a five-year contract with no option periods. Other contracts are expected to be awarded under this solicitation (SPE2DE-22-R-0017) and awardees will compete for a portion of the maximum dollar value. The ordering period end date is Jan. 17, 2029. Using customers are Army, Navy, Air Force, Marine Corps, and federal civilian agencies. Type of appropriation is fiscal 2024 through 2029 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DE-24-D-0007).

ARMY

BL Harbert International, Birmingham, Alabama, was awarded a $37,932,688 firm-fixed-price contract for construction of a weapons generation facility. Bids were solicited via the internet with two received. Work will be performed at Ellsworth Air Force Base, South Dakota, with an estimated completion date of Jan. 27, 2027. Fiscal 2023 military construction, Air Force funds in the amount of $37,932,688 were obligated at the time of the award. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-24-C-0005). 

UD Contracting Inc.,* Leitchfield, Kentucky, was awarded a $22,549,999 modification (P00005) to contract W91249-22-D-0013 for construction projects at Fort Eisenhower. Work locations and funding will be determined with each order, with an estimated completion date of Feb. 10, 2025. Army Field Directorate Office, Fort Eustis, Virginia, is the contracting activity. 

Kraemer North America LLC, Plain, Wisconsin, was awarded a $13,708,625 firm-fixed-price contract for the design, fabrication and installation of a new bascule bridge. Bids were solicited via the internet with seven received. Work will be performed in Pleasant Valley, Iowa, with an estimated completion date of Jan. 19, 2026. Fiscal 2024 civil operation and maintenance funds in the amount of $13,708,625 were obligated at the time of the award. U.S. Army Corps of Engineers, Rock Island, Illinois, is the contracting activity (W912EK-24-C-0004). 

NAVY

WR Systems Ltd., Fairfax, Virginia, is awarded $34,520,389 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee and firm-fixed-price ordering provisions for program support services in support of the Relocatable Over-the-Horizon Radar Life Cycle Management Department at the Forces Surveillance Support Center in Chesapeake, Virginia. The contract will include a 60-month ordering period with no options. The ordering period is expected to begin April 2024 and be completed by March 2029. Work will be performed in Chesapeake, Virginia (42%); Fairfax, Virginia (39%); New Kent, Virginia (6%); Corpus Christi, Texas (3%); San Juan, Puerto Rico (3%); Adelaide, Australia (1%); San Diego, California (1%); Dayton, Ohio (1%); Colorado Springs, Colorado (1%); Washington, D.C. (1%); Arlington, Virginia (1%); and Key West, Florida (1%). Fiscal 2024 operations and maintenance (Navy) funds in the amount of $10,000 will be obligated to fund the contract’s minimum amount, and funds will expire at the end of the fiscal year. Subsequent task orders will be funded with appropriate fiscal year operations and maintenance (Navy) funds. One source was solicited for this non-competitive, sole-source requirement in accordance with Federal Acquisition Regulation 6.302-1, with one offer received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Philadelphia Office, Philadelphia, Pennsylvania, is the contracting activity (N00189-24-D-Z012).

Rockwell Collins Inc., a part of Collins Aerospace Government Systems, Cedar Rapids, Iowa, is awarded a $34,272,238 modification (P00009) to a previously awarded cost-plus-fixed-fee contract (N0001922C0045). This modification exercises options to continue critical design analysis and solution trade studies for an updated Very Low Frequency (VLF) solution in support of the developmental design and obsolescence mitigation engineering efforts for the airborne VLF system modernization in support of the E-XX program capability requirements for the Navy. Work will be performed in Richardson, Texas (90%); and Cedar Rapids, Iowa (10%), and is expected to be completed in January 2025. Fiscal 2024 research, development, test, and evaluation (Navy) funds in the amount of $2,910,000 will be obligated at the time of award, none of which will expire at the end of the current fiscal year. Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity.

Hanson Professional Services Inc., Springfield, Illinois, is awarded $15,000,000 for firm-fixed-price modification to previously awarded contract N39430-20-D-2204. This modification provides for increasing the contract value in support of the Naval Facilities Engineering and Expeditionary Warfare Center (NAVFAC EXWC) Tall Towers Program. This award brings the total cumulative value of the contract to $20,500,000. Work will be performed at various locations, to include the Naval Undersea Warfare Center, Naval Air Systems Command, and other Department of Defense entities, and is expected to be completed by August 2025. No funds will be obligated at time of award. Future task orders will be primarily funded by operation and maintenance (Navy) funds. This contract was competitively procured via System for Award Management Contract Opportunities website with four proposals received. NAVFAC EXWC, Port Hueneme, California, is the contracting activity.

*Small Business

1/19

WASHINGTON HEADQUARTERS SERVICES

Institute for Defense Analyses (IDA), Alexandria, Virginia, is awarded a $180,000,000 modification (P00005) to increase the ceiling on a cost-plus-fixed-fee contract (HQ003419D0001) from $950,668,589 to $1,130,668,589. No funds are being obligated at the time of the ceiling increase. The cumulative total of the contract is $1,130,668,589. The total if all options are exercised is $1,130,668,589. The purpose of this contract is to provide research, analyses, technical evaluation, and test and evaluation support to the Office of the Secretary of Defense, the Joint Staff, the combatant commands, and the defense agencies. This work will involve the comprehensive evaluation of national security issues, including systems and technologies at all stages of development, deployment, and use. This research will require a deep understanding of performance, mission capabilities and costs, the underlying technologies, the information environment, the supporting infrastructure, and related intelligence matters. It also will require a thorough knowledge of the national security policies, strategies, organizational structures and relationships, and force employment concepts that help determine which capabilities are needed and how they will be used. The work will be performed at IDA Headquarters, Alexandria, Virginia. The estimated completion date is June 30, 2024. Washington Headquarters Services, Arlington, Virginia, is the contracting activity.

ARMY

HDR Engineering Inc., Omaha, Nebraska (W9133L-24-D-6101); Pond & Co., Peachtree Corners, Georgia (W9133L-24-D-6102); Jensen Hughes Inc., Halethorpe, Maryland (W9133L-24-D-6103); and Burns & McDonnell Engineering Co. Inc., Kansas City, Missouri (W9133L-24-D-6104), will compete for each order of the $150,000,000 firm-fixed-price contract for architect and Engineer services. Bids were solicited via the internet with 10 received. Work locations and funding will be determined with each order, with an estimated completion date of July 19, 2029. National Guard Bureau’s Directorate of Acquisitions, Operational Contracting Division, Arlington, Virginia, is the contracting activity.  

Dell Federal Systems LP, Round Rock, Texas, was awarded a $92,761,164 firm-fixed-price contract for virtual machine ware software and software maintenance. Bids were solicited via the internet with 3 received. Work will be performed at Fort Belvoir, Virginia, with an estimated completion date of Jan. 22, 2027. Fiscal 2024 operation and maintenance, Army funds in the amount of $92,761,164 were obligated at the time of the award. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity (W519TC-24-F-0075). 

AIR FORCE

CoSolutions Inc., Sterling, Virginia, have been awarded a $23,467,543 firm-fixed-price contract (FA4600-24-F-0011) for U.S. Strategic Command audio visual support. This contract provides for appropriately skilled and experienced personnel to support three distinct functional areas: enterprise audio visual (AV) operations and sustainment; global operations center AV operations and sustainment; and enterprise AV engineering. Work will be performed at Offutt Air Force Base, Nebraska, and is expected to be completed by Jan. 30, 2029. This contract was a competitive acquisition, and two offers were received. Fiscal 2024 operation and maintenance funds are being obligated at time of award. The 55th Contracting Squadron, Offutt AFB, Nebraska, is the contracting activity.

SERCO Inc., Herndon, Virginia, has been awarded a one-year urgent undefinitized letter contract estimated at $17,635,554 for contractor support services, studies and analysis to the Global Positioning System user equipment systems, and Assured Position, Navigation and Timing related programs, for the Joint Service System Management Office which includes the PNT Program Offices. Work will be performed at Robins Air Force Base, Georgia; and Wright-Patterson AFB, Ohio, and is expected to be completed by Jan. 22, 2025. This urgent award was the result of a non-competitive acquisition. Fiscal 2024 research, development, test, and evaluation funds in the amount of $6,168,882 obligated at time of award. The Air Force Life Cycle Management Center, Robins AFB, Georgia, is the contracting activity. (FA8576-24-C-0001)

NAVY

Hamilton Sundstrand, Windsor Locks, Connecticut, is awarded $19,368,425 for an indefinite-delivery/indefinite-quantity contract with no options for the repair of the T-64 fuel control main turbine. All work will be performed in Maastricht, Netherlands, and work is expected to be completed by April 2026. Annual working capital funds (Navy) in the amount of $9,183,610 will be issued as a delivery order that will be awarded concurrently with the contract. Funds will not expire at the end of the current fiscal year. One firm was solicited for this sole-source requirement under authority 10 U.S. Code 3204 (a)(1), with one offer received. Naval Supply Systems Command Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-24-D-B001).

Detyens Shipyards Inc., North Charleston, South Carolina, is awarded an $8,035,948 firm, fixed-price contract (N3220524C4024) for a 62-calendar day shipyard availability for a regular overhaul of Military Sealift Command’s fleet ordnance and dry cargo USNS William Mclean (T-AKE 12). This contract includes a base period and two unexercised options which, if exercised, would increase the cumulative value of this contract to $8,137,348. Work will be performed in North Charleston, South Carolina, beginning March 15, 2024, and is expected to be completed by May 16, 2024. Working capital funds (Navy) in the amount of $8,035,948 are obligated for fiscal 2024 and will not expire at the end of the current fiscal year. This contract was a small business set-aside with proposals solicited via the Government Point of Entry website and 4 proposals received. Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220524C4024).

DEFENSE HEALTH AGENCY

Chenega Agile Real-Time Solutions LLC, Lorton, Virginia, was awarded $8,581,590 for a firm-fixed-price contract (HT001124C0005) to provide web and mobile development and sustainment services for the Defense Health Agency (DHA). This award provides for services, material, and equipment for mobile application development, web design, web development, and necessary support (to include testing, information assurance, compliance, and risk mitigation in accordance with Department of Defense standards) for Military Health System (MHS) internet, intranet, and extranet websites, web applications, and mobile applications. The contractor shall be the primary point of contact for customer support services for all web-related development and sustainment provided by DHA Solutions Delivery Division Web and Mobile Development Team to the MHS community. Additionally, the contractor shall provide Tier I, Tier II, and Tier III consultation and customer support for implementation, troubleshooting, and management for the products described in the scope of work, supporting possible hosting migration(s) when needed, and product decommissioning activities where applicable. The contract is for a 7-month base period, 1 1-month option period, 1 9-month option period and 1 1-month option period. Period of performance is Feb. 1, 2024, to July 31, 2025. The total estimated value if all options are exercised is $25,000,000. The contract is a direct award through the Small Business Administration 8(a) program. Fiscal 2024 operations and maintenance funds will be used for this award. The work will be performed in government furnished spaces in Falls Church, Virginia; San Antonio, Texas; Aurora, Colorado; and Tacoma, Washington. Defense Health Agency, Professional Services Contracting Division, Falls Church, Virginia is the contracting activity. (Awarded Jan. 19, 2024)

*Small Business

Author

  • Ashley Jones

    Ashley Jones is ClearedJobs.Net's blog Editor and a cleared job search expert, dedicated to helping security-cleared job seekers and employers navigate job search and recruitment challenges. With in-depth experience assisting cleared job seekers and transitioning military personnel at in-person and virtual Cleared Job Fairs and military base hiring events, Ashley has a deep understanding of the unique needs of the cleared community. She is also the Editor of ClearedJobs.Net's job search podcast, Security Cleared Jobs: Who's Hiring & How.

This entry was posted on Monday, January 22, 2024 11:09 am

Leave a Reply

Your email address will not be published. Required fields are marked *

Notify me of updates to this conversation